SOURCES SOUGHT
16 -- HC130H Sources Sought
- Notice Date
- 1/31/2007
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or ALD Support, Elizabeth City, NC, 27909-5001, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HC130H
- Response Due
- 3/2/2007
- Archive Date
- 3/17/2007
- Description
- This is not a request for proposals. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. The Coast Guard is looking for sources/vendors capable of providing an HSI and ADI to replace the aging HSI-45 Part Number-622-4298-001, and ADI-55V Part Number-622-3374-002 manufactured by Rockwell Collins and currently installed on USCG, HC-130H aircraft. The HSI and ADI must be capable of interfacing with the components currently installed on the HC-130H and must be as close to form and fit due to the lack of space on the current instrument panel. The replacement HSI and ADI shall be fully digital displays capable of providing attitude and horizontal information on two flat-panel color displays that are NVIS compatible. A single display solution may be considered providing that minimum alterations be made to the current instrument panel. The following is the specification for an airborne Horizontal Situation Indicator (HSI) for a USCG, HC-130H aircraft. Climate: the HSI shall be capable of operating between the following environmental conditions: Temperature: -35 to +50 degrees Celsius; Humidity: 0 to 95% relative humidity; Altitude: - 1000 to +35000 feet Mean Sea Level (MSL). Size: the HSI shall be approximately, Height: 5 inches; Width: 5 inches; Depth: 8.750 inches. Power requirements: The HSI shall be compatible with current HC-130H power requirements: 115 Volt 3-phase 400 Hz Alternating Current (AC) Power and 28 Volt Direct Current (DC) Power. Viewing Angle: minimum of +/- 45 degrees horizontal and +/- 30 degrees vertical; Characteristics: at a minimum, the HSI shall provide the following information: Azimuth card, Aircraft symbol, Lubber Line, Heading Index, Course display, Course arrow, Course tail, Course deviation bar, To-From pointer, Bearing pointer, Glide slope deviation pointer, Miles Display, navigational source annunciators, INS and navigational Warning flags. The following is the specification for an airborne Attitude Direction Indicator (ADI) for a USCG, HC-130H aircraft. Climate: the ADI shall be capable of operating between the following environmental conditions: Temperature: -35 to +50 degrees Celsius; Humidity: 0 to 95% relative humidity; Altitude: - 1000 to +35000 feet Mean Sea Level (MSL). Size: the ADI shall be approximately, Height: 5 inches; Width: 5 inches; Depth: 8.750 inches. Power requirements: The ADI shall be compatible with current HC-130H power requirements: 115 Volt 3-phase 400 Hz Alternating Current (AC) Power and 28 Volt Direct Current (DC) Power. Viewing Angle: minimum of +/- 45 degrees horizontal and +/- 30 degrees vertical; Characteristics: at a minimum, the ADI shall provide the following information: Pitch Attitude, Roll Attitude with Zero index and roll pointer, Aircraft symbol, Command bar, Runway symbol, Rate of turn indicator, Glide slope deviation pointer, Glide slope flag, Speed Deviation pointer, Speed Flag, Decision Height Annunciator, Inclinometer. Both the HSI and ADI must be capable of having Cross-Cockpit and Same-Side Reversionary Mode in the event that any of the displays fail. Additional capabilities: Please provide any additional capabilities such as the ability to display weather, TAWS, TCAS, Map data. The HSI and ADI must be capable of interfacing with the following systems: Rockwell Collins Flight Director System (FCS-105), Rockwell Collins TACAN (AN/ARN-118), Honeywell VOR/ILS (AN/ARN-123), and the Litton Inertial Navigation Unit (LN-100 RINU). Please respond to the following questions: (1) Is your business a large or small business? (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified "hub zone" firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran-Owned? (7) Is your product listed on a GSA schedule? (8) Do you have other government agencies using the product, and if so which agencies, POC?s and contract numbers? (9) If possible, any POC?s for civilian users for general usage of product questions. After the review of the responses to this sources sought announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the FEDBIZOPS. Responses to this sources sought synopsis are not an adequate response to any future solicitation announcement. Again, this is not a request for proposals and in no way obligates the Government to award any contract. All companies that can meet the specification are encouraged to provide a capability statement, company literature, brochures, or any other information that demonstrates that the specification can be met. Any questions concerning the technical specifications should be directed to LCDR Randy Hartnett at Randal.A.Hartnett@uscg.mil, and all other questions should be directed to Ms. Donna Walton at Donna.H.Walton@uscg.mil. Responses to this sources sought notice along with any capability statements, company literature, brochures shall be emailed to LCDR Randy Hartnett at Randal.A.Hartnett@uscg.mil, or mailed to: Commanding Officer, Aircraft Repair and Supply Center, ATTN: LCDR R. Hartnett, HC130 Heavy Maintenance Facility, Elizabeth City, NC 27909. Other questions should be directed to Ms. Donna Walton at Donna.H.Walton@uscg.mil. Telephone responses will not be accepted. Responses must be received no later than 02 March at 3 p.m. EST. This notice is to help the USCG in determining potential sources only. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. All interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought synopsis are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. Reimbursement will not be made for any costs associated with providing information in response to this announcement and any follow-up information requests.
- Record
- SN01222692-W 20070202/070131220408 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |